Section one: Contracting authority
one.1) Name and addresses
West Leicestershire CCG
56 Woodgate
Loughborough
LE11 2TZ
Telephone
+44 1509567700
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.westleicestershireccg.nhs.uk/
one.1) Name and addresses
West Leicestershire CCG
Loughborough
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.westleicestershireccg.nhs.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PROVISION OF AN ALTERNATIVE PROVIDER OF MEDICAL SERVICES (APMS) CONTRACT FOR NHS WEST LEICESTERSHIRE CLINICAL COMMISSIONING GROUP
two.1.2) Main CPV code
- 85120000 - Medical practice and related services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS West Leicestershire Clinical Commissioning Group (WL CCG) was seeking to commission a provider to deliver medical services at Thurmaston Health Centre, Leicestershire under an Alternative Provider of Medical Services contract from the 18th of October 2021 for a weighted population of 6,703 patients.
The Commissioners wished to receive responses to the Invitation to Tender (ITT) from suitably qualified and experienced Providers with the necessary skill and experience (or a demonstrable ability to provide the skill and experience) to provide the range of services required.
The aim of the service is to deliver all essential, additional and enhanced primary care services to all registered patients at the practice.
The Commissioner was seeking innovation in the provision of integrated primary care services, which align to both the national and local strategic plans, i.e.:
a) ‘Do things differently’:
o develop new ways to improve access and service delivery;
o improve integration and collaborative working with local health and social care providers, including Primary Care Networks;
o improve engagement with patients in the development of integrated primary care services ensuring the patient has more control over their own health and the care they receive.
b) Preventing illness, tackling health inequalities:
o promote physical and psychological well-being and self- care;
o addressing health inequalities to improve patient outcomes.
c) ‘Provide world class care for major health problems’ through:
o improved continuity of care;
o clinical audit;
o appropriate risk assessment to promote early diagnosis of chronic disease;
o improved long term condition management.
d) Making better use of data and digital technology:
o supporting the ‘digital first’ approach with clinically safe, NHS approved digital technology to improve access, increase patient choice, and improve quality and outcomes.
e) Backing the workforce:
o providing a GP-led service with appropriate clinical oversight to support the multi- disciplinary practice team;
o providing and supporting all staff holistically, ensuring personal development, promoting confidence and greater staff satisfaction.
The contract was for a term of five (5) years from the Service start date with the possibility of extending the term by up to another 5 years beyond the initial contracted term at the Commissioner’s request. The contract start date was 18th of October 2021.
The contract value for this service was variable, and estimated to be £938,513 at 2021/22 prices, and up to a total £9.39m over the potential 10-years of the contract (including extensions). The Commissioner advised it would reject bids that did not meet the sustainability test (as defined in the tender documentation).
The service was commissioned via an open type procurement process according to the Light Touch Regime of the Procurement Contract Regulations 2015 for healthcare services advertised to all providers which was proportionate to the value and complexity of the service and contract.
The invitation to tender (ITT) was available from 12th May 2021 on the ML CSU Bravo portal (see below) and had a deadline for submissions of 12:00 noon on 9th June 2021.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £9,466,752
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Thurmaston
two.2.4) Description of the procurement
The aim of the service is to deliver all essential, additional and enhanced primary care services to all registered patients at the practice.
The Commissioner was seeking innovation in the provision of integrated primary care services, which align to both the national and local strategic plans, i.e.:
a) ‘Do things differently’:
o develop new ways to improve access and service delivery;
o improve integration and collaborative working with local health and social care providers, including Primary Care Networks;
o improve engagement with patients in the development of integrated primary care services ensuring the patient has more control over their own health and the care they receive.
b) Preventing illness, tackling health inequalities:
o promote physical and psychological well-being and self- care;
o addressing health inequalities to improve patient outcomes.
c) ‘Provide world class care for major health problems’ through:
o improved continuity of care;
o clinical audit;
o appropriate risk assessment to promote early diagnosis of chronic disease;
o improved long term condition management.
d) Making better use of data and digital technology:
o supporting the ‘digital first’ approach with clinically safe, NHS approved digital technology to improve access, increase patient choice, and improve quality and outcomes.
e) Backing the workforce:
o providing a GP-led service with appropriate clinical oversight to support the multi- disciplinary practice team;
o providing and supporting all staff holistically, ensuring personal development, promoting confidence and greater staff satisfaction.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 27.50%
Quality criterion - Name: Quality and Governance / Weighting: 21.50%
Quality criterion - Name: Workforce / Weighting: 8.00%
Quality criterion - Name: Safeguarding / Weighting: 5.00%
Quality criterion - Name: IM&T / Weighting: 1.00%
Quality criterion - Name: Information Governance / Weighting: 3.00%
Quality criterion - Name: Equalities / Weighting: 5.00%
Quality criterion - Name: Patient Experience, Engagement & Communication / Weighting: 10.00%
Quality criterion - Name: Mobilisation / Weighting: 3.00%
Price - Weighting: 16.00%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ('Regulations') http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made
Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Proc
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-010495
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 August 2021
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
DHU Health Care CIC (DHU)
Johnson Building Locomotive Way Pride Park Derby DE24 8PU
Derby
DE24 8PU
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
5834163
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £9,466,752
Total value of the contract/lot: £9,466,752
Section six. Complementary information
six.3) Additional information
• Contract Value submitted:
o £9,385,130 (whole contract value with 5-year extension)
o The bid met the sustainability test
six.4) Procedures for review
six.4.1) Review body
NHS West Leicestershire Clinical Commissioning Group
56 Woodgate, Loughborough LE11 2TZ
Loughborough
LE11 2TZ
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHS West Leicestershire Clinical Commissioning Group
56 Woodgate, Loughborough LE11 2TZ
Loughborough
LE11 2TZ
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
NHS West Leicestershire Clinical Commissioning Group
56 Woodgate, Loughborough LE11 2TZ
Loughborough
LE11 2TZ
Country
United Kingdom